Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21, 2001 PSA #2982
SOLICITATIONS

R -- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES

Notice Date
November 19, 2001
Contracting Office
U.S. Agency for International Development, M/OP/HRAM/AFP, Room 7.10-024, RRB, 1300 Pennsylvania Avenue, NW, Washington, DC 20523-7101
ZIP Code
20523-7101
Solicitation Number
M/OP/SOL-02-01
Response Due
December 4, 2001
Point of Contact
Cherie Hunter, 202/712-5006
E-Mail Address
http://www.usaid.gov (chunter@usaid.gov)
Description
The U.S. Agency for Intern. Develop. (USAID) is procuring language training to teach over 35 languages for the office M/HR/LS. Three FFP/LH contracts will be awarded in accordance with FAR Pt 12 with a CEILING PRICE of $900,000/ea to contractors located within 60 minutes of the USAID, RRB. Each contract will be effective through 12/31/06, to include 4 option years, and funded annually. The Contractor shall provide foreign language instructors, instructor's supervisors, classroom space [at contractor's facility (which fully provides for the student's training needs and is comparable in standard and quality of most modern training facilities) and USAID facility or Main Dept. of State Bldg]. The Contractor must be capable of providing such instruction in all of the languages listed below. Classrooms must be available between 7:00am and 5:00pm. Each class is approx. 8 hrs/day and approx. 5 days/week. The Contractor must have demonstrated past performance/experience in the design and implementation of adult language training programs and interactive-learning methods as they relate to language learning, training and instruction. The contractor shall provide teachers capable of providing foreign language instruction to individual students and in a classroom setting. Students may be beginners or may have existing proficiency ranging from meager to substantial capability. The teachers must be prepared to provide instruction on all of the Federal Interagency Language Roundtable (FILR) levels of proficiency. The Contractor shall provide Teachers/Instructors who: 1) have previous experience in teaching foreign languages; and 2) have with NFATC/FSI, FILR 3 proficiency level or higher in the language they will teach. The Contractor shall Supervisors who: 1) possess academic credentials; 2) are linguist or language specialist experienced in linguistics techniques of language instruction, and FILR proficiency testing, 3) supervise teachers, 4) have authority to correct CTO identified problems. For each class, the government will notifiy the contractor of : (1) The language to be taught; (2) The place(s) of performance; (3) The estimated number of students and hours; (4) The fixed hourly rate; and (5) A ceiling price which shall constitute the maximum obligation of the Government to the Contractor for performance of the class and shall not be exceeded. The Contractor shall be paid for authorized services provided at the negotiated fixed, loaded, hourly rates. Deliverables and timeframes for delivery will be identified at the time the governments issues the request. The following clauses and provisions are incorporated and are to remain in full force. FAR Part 52.212.1 Instructions to Offeror-Commercial Items (Oct 00) is incorporated by reference, applies to this acquisition. Clause 52.212-2 Evaluation-Commercial Items (Jan 99). Evaluation Factors will be based upon best value to the government; contractor acceptability of the requirement, teacher qualification, organizational experience/capability, past performance and price reasonableness. USAID will not evaluate an offeror's experience on the basis of the personal experience of the offeror's key personnel but actual personnel. However, USAID will consider the extent to which the offeror's key personnel have worked together in the past. USAID will evaluate the organizational experience of the offeror's proposed subcontractors, if any. Offeror's that do not have a past experience record will receive a "neutral rating. In order to select the winning offeror, USAID will rank offerors from best to worst by making paired comparisons of the non-cost factors on the basis of acceptability being more important than teacher qualification and teacher qualification being more important than past performance and past performance being more important than organizational experience/capability. USAID will then compare non-cost factors to cost and perform a trade-off analysis. The offeror with the better capability and overall best value to the government will be awarded the contract. Each Offeror shall submit 4 submit complete sets of proposals that shall include 1) a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, 2) a completed pricing sheet, 3) a list of references over the past 3 yrs to include contract number and telephone numbers for points of contract, description of work performed, explanation of negative past performance, and 4) resumes of proposed teachers/instructors and supervisors. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial. Pricing Schedule: Hourly rates are loaded and represent the fixed price of teaching students in a classroom setting and individually. The contractor shall provide two fixed hourly rates: first rate shall be based teaching not more than 25 students at a time, the second rate shall be based on teaching more than 25 students at a time to teach the following languages: ALBANIAN; AMHARIC; ARABIC; ARMENIAN; AZERBAIJANI; BENGALI; BULGARIAN; BURMESE; CHINESE; CREOLE(HAITIAN); CROATIAN; CHINESE; CZECH; DARI(AFGHAN/PERSIAN); ESTONIAN; FRENCH; GEORGIAN; GERMAN; HAUSA; HINDI; HUNGARIAN; INDONESIAN; ITALIAN; JAPANESE; KAZAKH; KHMER(CAMBODIAN); KOREAN; LAO; LATVIAN; LITHUANIAN; MACEDONIAN; MALAGASY; MANDINGO; MONGOLIAN; NEPALI; PILIPINO/TAGALOG; POLISH; PORTUGUESE; ROMANIAN; RUSSIAN; SINHALA/SINHALESE; SERBIAN; SLOVAK; SLOVENIAN; SOMALIA; SPANISH; SWAHILI; UKRAINIAN; UZBEK; URDU; VIETNAMESE. Offerors wishing to respond shall submit the required documentation by 11:00 a.m., Friday, Dec. 14, 2001. Only written requests received directly from the requestor are acceptable. Proposals shall be submitted via FedEx, UPS, or other courier except the US Postal Service or hand delivered to 1300 Pennsylvania Avenue N.W., Rm 7.10-025, M/OP/HRAM/AFM., Wash, D.C. 20523. POC: Cherie Hunter/Eraka Somers, at 202-712-5006/202-712-0931, respectively. Hand deliveries must be coordinated in advance.
Web Link
httpo://www.usaid.gov/procurement_bus_opp/procurement/announce/cbd (http://www.usaid.gov)
Record
Loren Data Corp. 20011121/RSOL004.HTM (W-323 SN5133C0)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on November 15, 2001 by Loren Data Corp. -- info@ld.com